Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W91151-19-Q-0150
This is a Sources Sought in accordance with FAR Part 10, Market Research. Third is for planning purposes only to assist in determining if this effort can be obtained competitively and/or as a total Sm...
This is a Sources Sought in accordance with FAR Part 10, Market Research. Third is for planning purposes only to assist in determining if this effort can be obtained competitively and/or as a total Small Business Set-Aside. The North American Industry Classification System (NAICS) for this requirement is 335999. There is no solicitation available at this time. The purpose of this source sought to find interested business concerns capable and qualified to meet the requirement listed below. The Government requests both large business and all categories of small business are encouraged to respond to this request. If a solicitation is released, it will be posted to Federal Business Opportunities (FEDBIZOPPS). It is the responsibility of the potential offeror to monitor the site for additional information pertaining to this requirement. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Center of Countermeasure (CCM) NetApp Infrastructure the contractor will obtain the required listed hardware and all associated software necessary for the install and implementation for a turnkey solution. The listed NetApp hardware/software will replace our current unclassified NetApp configuration. The services must include pullout and standup of current and new NetApp hardware/software. This includes the transfer of current CCM data from current NetApp storage to the new NetApp storage. Locations: White Sand Missile Range (WSMR) bldg. 1512 room 222 (primary site) and building 1411 room 1 (DR/COOP site). These two buildings are within 1 mile of each other. Building 222 has elevator access to room 222 on second floor. Both buildings are located on White Sands Missile Range, NM 88002. See attached Draft SOW for additional information. a. Company information; Your Company's name address, Point of Contact with email address and phone number, commercial and Government Entity code (CAGE) Data Universal Numbering System (DUNS) and business size. Your company must be registered in System for Award Management (SAM). To register, do to https://www.sam.gov. b. In response to this sources sought, please provide: Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this a Announcement, and the MICC POC information from the Sources Sought Synopsis. c. Identify whether your firm is interested in competing for this requirement as a prime Contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. d. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. e. Please send your capabilities statements and responses to Bobby J. Etheridge, Contract Specialist, at bobby.j.etheridge.civ@mail.mil. Responses are due in this office no later than 2:00 p.m. CST, on August 09, 2019 and shall be electronically submitted. Please label all responses with NetApp Infrastructure - W9115119Q0150. Please include the statement, "Sources Sought Response NetApp Infrastructure - W9115119Q0150." in your email header.